HomeMy WebLinkAbout112468 FELSBURG HOLT & ULLEVIG INC - PURCHASE ORDER - 2206648City of
F�ort Collins
PURCHASE ORDER
PO Number Page
2206648 1of2
This number must appear
on all invoices, packing
slips and labels.
Date: 02/09/2012
Vendor: 112468 Ship To: PARKING SERVICES
FELSBURG HOLT & ULLEVIG INC CITY OF FORT COLLINS
6300 S SYRACUSE WAY #600 215 N MASON, 1ST FLOOR
CENTENNIAL Colorado 80111 FORT COLLINS Colorado 80524-4
Delivery Date: 09/16/2002 Buyer: JOHN STEPHEN
Note
Line Description Quantity UOM Unit Price Extended
Ordered Price
40 Change Order 19 1 LOT EA 16,500.00
Total $16,500.00
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email: purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terns and Conditions
Page 2 of 2
L COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fort Collins is exempt limns state and local taxes. Our Exemption Number is 11. NONWAIVER.
9R-f11502. Fenders] Excise Tax Exemption Certificate of Registry R4-600(1587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof. failure or delay to
Internal Revenue. Dcmer. Colorado (Ref. Colorado Revised Stamtes 1973, Chapter 39-26, 114 (a). exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a
breach, the acceptance of or paymcnt for good hereunder or approval of the design, shall not recast the Seller of
Goods Rejected. GOODS REJECTED due to failure to meet specifications, cilha when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be licensed is waiver of any right of the
damage in transit, may be returned to you for credit and are not to be replaced except upon receipt of written purchaser to insist upon strict perfovnance hcrcofor any of its rights or remedies as to any such good, regardless
imulctiens from the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hncunder, nor shall any purported
oral ams ifcatinn or omission of this purchase order by the Purchaser operate as a waiver of any of the terms
Inspection. GOODS am subject to the City of Fort Collins inspection on arrival, hereof.
Final Acceptance Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNM ENT OF ANTITRUST CLAIMS.
authorized payment on the pan of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting front antitmst
ACCEPTANCE is dependent upon completion ofall applicablc requited inspection procedures. violations arc in fact borne by the Purchaser. Theretofore, for good cause and as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hercn Ocr
Freight Tests. Shipments most be F.O.K. City of Fen Collins. 700 Wood St., Fort Collins, CO 80522, unless acquired under federal or state animist laws for such overcharges relating to the r: aicular goods or services
otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order.
bill must accompany invoice. Additional charges for packing will not be accepted.
Shipment Distance. Where manu Lammers have distributing points in various parts of the country, shipment is
expected From the nearest distribution point to destination. and excess freight will be deducted from Invoice when
shipments arc made from greater distance.
Permits Seller shall procure at sellers sole cost all necessary permits, certificates and licenses tequircd by all
applicable laws, regulations, ordinances and mles of the state, municipality, territory of political sidal kision where
the work is performed, or required by any other duly constituted public authority having jurisdiction over the work
of vendur. Scllcr further agrees to hold the City of Fan Collins harmless from and against all liability and Ins,.
incurred by them by reason of an asserted or established violation of any such laws, regulations ordinances. roles
and requirements,
Authorization. All patties to this contract agree that the representatives am, in fact, bona fide and possess fill] and
complete authority to bind said panics.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the temts and conditions stated
herein act forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by
reference. Any additional or different mines and conditions proposed by seller are objected to and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
promised delivery date as noted. Time is of the essence. Delivery and perficars must be effected is ithin the time
stated on the purchase order and the documents attached hereto. No acts of the Purchasers inchuding, without
limitation, acceptance ofparlial late deliveries, shall operate ass waiver of this prevision. In the event of any delay.
the Purchaser shall have, in addition to other legal and equitable remedies. the option nfplacing this order elsewhere
and holding the Seller liable for damages However. the Seller shall not be liable for damages as a result of delays
due to causes mu reasonably foreseeable which are beyond its reasonable control and without its fruit of negligence.
such acts of God, acts ofeivil or military authorities, governmental priadtics, lines. strikes. flood, epidemic,. wars or
riots provided that notice of the conditions causing such delay is given to the Purchuser within five (5) days of the
time when the Seller first received knowledge thereof. In the event of any such delay, the date of del ive, shall be
extended for the period equal to the time actually last by reason of the delay.
3. WARRANTY.
The Scllcr warrants that all gads, articles, materials and work covered by this order will eon form with applicable
drawings, specification, samples and/or other descriptions given, will he fit for the purposes intended, and
performed with the highest degree of care and competence in accordance with accepted standards for work of a
similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the
Purchaser may sa flier or incur on account of the Sellers breach of warranty. The Scllcr Shall replace, repair or make
good. witheaW cost to the purchaser, any defects or faults arising within one (1) year or within such longer period of
time as may be prescribed by law or by the terms of any applicable warranty provided by the Set let a per the date of
acceptance of the goods famished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect
or defective work done or materials furnished by the Seller, Acceptance or use of goods by the Purchaser shall not
constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Sellers
liabi ]try hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties
or guarantees, but such liability shall in no event include loss of profits or loss of usc. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The Purchaser may make changes to legal terms by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the terms. other than legal terns, including additions to or deletions from
the quantities originally omitted in the spocifieasions or drawings, by verbal or written change order. If any such
change affects the amount due or the time ofpMommance hacunder, an equitable adjustment shall be made.
fi. TERMINATIONS.
The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the
good then not shipped, subject to any equitable adjustment between the panics as to any work or materials then in
progress provided that the rerehascr shall not be liable for any claims for anticipated profits on the uncompleted
portion of the good and/or work, for incidental or consequential damages, and that no such adjustment be made in
favor of the Seller with respect to any good which arc the Sellers standard stock. No such termination shall relieve
the Purchaser or the Seller of any of their obligations as to any goods delivered mmunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment must be asserted within thirty (30) days fmm the date the change on ncmrinatioo is
ordered.
9. COMPLIANCE WITH LAW.
The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict
compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and
deliver such documents as may be required to eliect or evidence compliance. All laws and regndztions required to be
incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to
indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the
Sellers failure to comply with such Irv.
9. ASSIGNMENT.
Neither parry shall assign, transfer, or convey this order. or any monies due or to become disc hereunder without the
prior written consent of then other party.
10.TITLE.
The Seller warrants full. clear and unrestricted title to the Purchaser for all equipment. materials, and items furnished
in performance of this agreement, free and clear of any and all liens, restrictions, reservations. security interest
encumbrances and claims of others.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
If the Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the
Purchaser and the Scllcr and the Seller thereafter indicates its inability, or unwillingness to comply, the Pnrchascr
may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all
costs associated avith such,ark.
The Seller shall release the Purchaser and it contractors of any tier From all liability and claims of any nature
resulting homes the performance ofsuch work,
This release shall apply even in the evens of fault of negligence of the parry released and shall extend to the
directors, officers and employees ofsuch parry.
The Seller's contractual obligations, including wam, my. shall not be deemed to be reduced. in any way, because
such work is performed or caused to he performed by the Purchaser.
14. PATENTS,
Whenever the Seller is required to astray design, device, material or process covered by letter, patent. trademark
or copyright, the Seller shall indemnify and save hassles the Purchaser fmm any and all claims for infringement
by reason of the use of such pebmed design, device, material or process in connection with the contract, and
shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such
infringement at any time during the prosecution on after the completion of the work. In case said equipment, or
any pan thereof or the intended use of the goods, is is such suit held to constitute infringement and the use of
said equipment or part is enjoined, the Seller shall, at its own expense and at its option, either procure for the
Purchaser the right to continue using said equipment or pans. replace the same with substintinlly equal bra
noninfringing equipment, or modify it so it becomes noninfringing.
15. INSOLVENCY.
If the Seller shall become insolvent or bankrupt. make an assignment for the benefit of creditors, appoint a
receiver or tri for any of the Sellers property or business, this order may forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions of terra used or the interpretation of the agreement and the rights ofell panic hereunder shall be
construed under and gnvcmcd by the laws of the State of Colorado, USA.
The following Additional Conditions apply only in cases where the Seller is to perform wok hereunder.
including the services of Sellers Reprcsentativc(s), on the premises crashers.
17, SELLERS RESPONSIBILITY.
The Seller shall carry on slid work at Sellers own risk until the same is fully completed and accepted, and shall.
in case of any accident. destruction or injury to the work and/or materials before Scllcr's fool completion and
acceptance, complete the work at Scllers own expense and to the satisfaction of the Purchaser. When materials
and equipment arc furnished by others for installation or erection by the Seller. the Seller shall receive unload,
store and handle same n1 the site and become responsible therefor as though such materials and/or equipment
were being furnished by the Seller under the order.
I R. INSURANCE.
The Scllcr shall. at his own expense. Provide for the payment of workess compensation, including accupatinual
disease benefits. to its employees amploycd on or in connection with the Work covered by This purchase order.
and/or to their dependents in accordance With the laws of she state in which the work is to he done. The Seller
shall also carry compschensive general liability including, but not limited to. contractual and automobile public
liability inwuance wish be,lily injury and death limits of at least 5300,000 for any one Person, S500,0011 Rbr any
one accident and property damage limit per accident of S400,000. The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors
employees shall do any work upon the premises of others, the Seller shall famish the Purchase, with a certificate
that such compensation and insurance have been provided. Such certificates, shall specify the date when such
compensation and insurance have been provided, Such cenificatcs shall specify she date when such comprnsasion
and insurance expires. The Seller agrees that such compensation and insurance shall he maintained until after the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility, and liability for any and all damage, loss or injury of any kind
or nature whatsoever to person or property caused by or resulting fmm the execution of the work provided for in
this purchase order or in connection herewith. The Seller will indemnify and hold hamdess the Purchaser and any
or all of the Purchasers officers. agents and employees form and against any and all claims, losses. damages,
charges or expenses, whether direct or indirect, and whither to persons or property to which the Purchaser may
be put or subject by reason of any act anion. neglect, omission or default on the pan of the Seller, any of his
contractors or any of the Scllers or contractors officers, agents or employees. In case any suit or other
proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or
by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or
their officers, agents or employees as aforesaid, the Seller hereby agrees to nsasme the defense thereof and to
defend the same al the Sellers own expense, to pay any and all costs, charges, attorneys fees and other cvpcnses.
any and all judgments thin may be incurred by on obtained against the Purchaser or any of its or their officers,
agents or employees in such .suits or other proceedings. and in case judgment or other lien be placed upon or
obtained against the pmperty, of she Purchaser, or said panics in or as a result of such suits or other proceedings,
the Scllcr mill at once cause she same to be dissolved and discharged by giving bond or otherwise. The Seller and
his contractors shall take all safety precautions, furnish and install all guards necessary for she pm%cntion of
accidents. comply with nil Imes and rcgotntions with regard to safety including, but without lisiation, the
Occupational Safety and health Act of 1970 and all rulesand regulations issued Putman thcrcto.
Revised 0312010
Excluded Parties List System Page I of 1
R,PIL SP E�ccJ(�idedl G'art�;es; List S;yrste, i
Search - Current Exclusions
> Advanced Search
> Multiple Names
> Exact Name and SSNfTlN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : Felsburg Holt & Ullevig
State: COLORADO
Country: UNITED STATES
As of 09-Feb-2012 2:21 PM EST
Save to MyEPLS
Your search returned no results.
1
Back New Search Printer -Friendly
Resources
> Search Help
> Advanced Search Tips
> Public User's Manual
> FAQ
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
> (SAM)
Reports
> Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
> Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do,jsessionid=8DEF97493EC80979688BC7ACDCD395CF 2/9/2012
Title: FHU Change Order 19 PO 2206648 P842
Date: 2-2-12
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
Yes dated 12-14-11
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
NA
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
NO
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
NO
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
NA
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
The solicitation contains no in -State or local
NA
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
NA
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
considering such matters as contractor
integrity, compliance with public policy, record
of past performance, and financial and
1 • y
technical resources.
2. y
1. Appropriate Financial, equipment, facility
3 y
and personnel. (Y/N)
4 y
2. Ability to meet delivery schedule. (Y/N)
5. y
3. Satisfactory period of performance. (Y/N)
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
Original Contract dated 9-16-02
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
YES
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price
for such item by likely customers.)
YES
(2) Public exigency for the requirement did
Number 1
not permit a delay resulting from a
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
Yes,and is in the file
was established on the basis of a catalog or
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set by law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
NA
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
42) Written Record of Procurement
History
The file contains records detailing the history
of this procurement. At a minimum, these
1. yes
records include:
2. yes
(1) the rationale for the method of
3. yes
procurement,
(2) Selection of contract type,
4. Baker and FHU price review
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
NA
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sole source
YES
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
The contractor did not receive an advance
payment utilizing FTA funds and the contract
CORRECT
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
YES
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
This is a time and materials contract; the
grantee determined that no other type of
NO
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
This is not a cost plus a percentage of cost
NA
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
NO
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
NO
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
YES
required clauses.
Excluded Parties Search
YES
EPS run and include in the file.